9130 Tunnel operation Stor-Oslo 2025-2030

The assignment includes operational and maintenance assignments, with function responsibility for some of the assignments, on national roads and national foot/cycle paths with the accompanying side facilities, side areas, equipment and installations in Oslo, Asker, Bærum, Hole, Nordre Follo, Ås, Frogn, Lørenskog and Lillestrøm, in accordance with the road list …

CPV: 63712320 Usługi w zakresie eksploatacji tuneli, 45000000 Roboty budowlane
Termin:
26 maja 2025 10:00
Rodzaj terminu:
Złożenie oferty
Miejsce wykonania:
9130 Tunnel operation Stor-Oslo 2025-2030
Miejsce udzielenia zamówienia:
Statens vegvesen
Numer nagrody:
24/227947

1. Buyer

1.1 Buyer

Official name : Statens vegvesen
Legal type of the buyer : Body governed by public law, controlled by a central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : 9130 Tunnel operation Stor-Oslo 2025-2030
Description : The assignment includes operational and maintenance assignments, with function responsibility for some of the assignments, on national roads and national foot/cycle paths with the accompanying side facilities, side areas, equipment and installations in Oslo, Asker, Bærum, Hole, Nordre Follo, Ås, Frogn, Lørenskog and Lillestrøm, in accordance with the road list given in chapter. D2-V1 and D2-S20. The work will be settled with a round sum for round sum processes, in accordance with amounts and unit prices for other processes and as maths work in accordance with hourly rates for crews and machines. The contract period is from 2025-09-01 until and including 2030-08-31 for all the assignments that have been described. By agreement, the parties can extend the contract for a period of further 12, 24 or 36 months, cf. chapter C3, point 36. The Builder has the option to extend the contract by 12 months, from 1 September in the year the contract was agreed to end (i.e. either at the end of the original contract period, or at the end of the extended contract period in accordance with the previous section), up to and including 31 August the following year.
Procedure identifier : fe86f969-bd5b-4601-b7e4-57f5920b33e0
Internal identifier : 24/227947
Type of procedure : Open
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63712320 Tunnel operation services
Additional classification ( cpv ): 45000000 Construction work

2.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway

2.1.4 General information

Additional information : A tender conference will be held 06.05.2025, 12:00, meet at Innspurten 11C, Oslo.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Purely national exclusion grounds : Approved procedures for staffable conditions Has the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, approved a proposal for some of the punishable conditions mentioned above, j.f. the Procurement Regulations § 24-2, (2) section, a-f? Serious errors that cause doubt about his professional integrity Have the tenderer otherwise committed serious errors that cause doubt about his professional integrity, cf.f. the procurement regulations § 24-2, (3) letter in?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Guilty of grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Early termination, damages or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : 9130 Tunnel operation Stor-Oslo 2025-2030
Description : The assignment includes operational and maintenance assignments, with function responsibility for some of the assignments, on national roads and national foot/cycle paths with the accompanying side facilities, side areas, equipment and installations in Oslo, Asker, Bærum, Hole, Nordre Follo, Ås, Frogn, Lørenskog and Lillestrøm, in accordance with the road list given in chapter. D2-V1 and D2-S20. The work will be settled with a round sum for round sum processes, in accordance with amounts and unit prices for other processes and as maths work in accordance with hourly rates for crews and machines. The contract period is from 2025-09-01 until and including 2030-08-31 for all the assignments that have been described. By agreement, the parties can extend the contract for a period of further 12, 24 or 36 months, cf. chapter C3, point 36. The Builder has the option to extend the contract by 12 months, from 1 September in the year the contract was agreed to end (i.e. either at the end of the original contract period, or at the end of the extended contract period in accordance with the previous section), up to and including 31 August the following year.
Internal identifier : 24/227947

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63712320 Tunnel operation services
Additional classification ( cpv ): 45000000 Construction work
Options :
Description of the options : The Builder has the option to extend the contract by 12 months, from 1 September in the year the contract was agreed to end (i.e. either at the end of the original contract period, or at the end of the extended contract period in accordance with the previous section), up to and including 31 August the following year.

5.1.2 Place of performance

Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Start date : 01/09/2025
Duration end date : 31/08/2030

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : A tender conference will be held 06.05.2025, 12:00, meet at Innspurten 11C, Oslo.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial capacity
Description : Road operations 1. Tenderers must have sufficient economic and financial capacity to fulfil the contract. 2. The tenderer's equity shall be positive. 3. The tenderer's annual average turnover for the last three years shall be at least NOK 40 million per annum. Documentation requirement: The tenderer shall, upon request from the contracting authority, present the following documentation: 1. The tenderer's Annual Financial Statements, Annual Reports and Audit Reports for the last three years and new information (quarterly accounts) that is of importance for the tenderer's fiscal figures. 2. A brief account of information on economic conditions or losses that are not documented elsewhere and which is required to be documented in accordance with Norwegian and/or international accounting standards. 3. An overview of any recently executed, ongoing or pending tax or public reviews of the tenderer's activities. 4. An overview of any events of significance that have taken place after the publication of the last revised annual accounts. If a tenderer has a justifiable reason for not submitting the documentation that the contracting authority has required, he can document his economic and financial capacity by presenting any other document of relevance to the company's fiscal figures/economy. Tenderers shall justify why they cannot submit the documentation that the contracting authority has required.
Use of this criterion : Used
Criterion :
Type : Other
Name : Accident frequency rate (H1-verdi)
Description : Accident rate (H1-verdi) The tenderer and central contract helpers should have an average H1-value for the last three years lower than 10. If the H1-value is higher than 10, an account shall be given of the developing trend of the H1-value and possibly the F-value, which will express the severity of any high H1-value. If the tenderer is a working partnership (supplier consortium), the requirements apply for each of the participants. The H1-value is defined as the number of work accidents with absence in relation to the hours work multiplied by 10 exalted in 6. Documentation requirement: 1. Overview of the company's H1-value and central contractual partners in the last three years. 2. If the H1-value is higher than 10, an account shall be given of the developing trend of the H1-value and possibly the F-value, which will express the severity of any high H1-value. In addition a separate account shall then be provided as to whether improvement measures have been implemented, and if so also documentation on the effectiveness of these measures.
Use of this criterion : Used
Criterion :
Type : Other
Name : Suppliers who participate in a working partnership
Description : Several tenderers can participate in the competition jointly. The community must see to the necessary documentation that all the qualification requirements are met. The contracting authority will assess each individual supplier in the community against the provisions on rejection, cf. § 9-5 and § 24-2, this except the provision in § 9-5 (1) letter a) and § 24-2 (1) letter a) fulfilment of the qualification requirements, which will be applied to the jointly combined set. Tenderers who participate as a working partnership will be assessed collectively for the qualification requirements, with the exception of the requirements for the tenderer's organisational and legal position, documentation for absence of rejection reasons, tax certificates and authority for information on tax and duties (OSA). Documentation requirement: Tenderers shall confirm that they fulfil this requirement when submitting their tender. In addition each individual entity in the (work) group shall submit separate ESPD forms when submitting a tender. Tenderers shall, upon request from the contracting authority, present the following documentation: • An account of the group (including the individual participants ́ role), each participant ́s organisation number, address and nationality. • The same documentation as individual tenderers shall be provided for each individual tenderer who participate in the group. • Declaration of joint and several liability to the contracting authority. The template for a joint and several liability statement is published on: https://www.vegvesen.no/fag/veg-og-gate/konkurranser-og-kontraktsdokumenter/generelle-kontraktsdokumenter/. The community of suppliers can, if necessary, rely on other entities to fulfil the qualification requirements, see the point on support from other companies to fulfil the qualification requirements. The contracting authority requires that the tenderer who fulfils the requirements for relevant experience shall carry out the services or the building and construction work that requires such qualifications.
Use of this criterion : Used
Criterion :
Type : Other
Name : Support from other entities for fulfilment of the qualification requirements.
Description : The tenderer can, if necessary, rely on other companies' capacity to fulfil the requirements for economic and financial capacity and/or the requirements for technical and professional qualifications. Documentation requirement: Tenderers shall confirm that they fulfil this requirement when submitting their tender. In addition, each individual entity that the tenderer will use to submit a separate ESPD form when submitting a tender. Tenderers shall, upon request from the contracting authority, present the following documentation proof: • Documentation proving that the tenderer has access to the necessary resources for the entities that the tenderer will use, for example, a commitment statement from these businesses. The template for the commitment statement is published on: https://www.vegvesen.no/fag/veg-og-gate/konkurranser-og-kontraktsdokumenter/generelle-kontraktsdokumenter/. • Documentation that shows that the company(s), that the tenderer will use, fulfil the qualification requirement 'the tenderer ́s organisational and legal position'. • Documentation that shows that the company(s), that the tenderer will use, fulfil the relevant qualification requirements. • If a tenderer will use the capacity of other companies to fulfil the requirements for economic and financial capacity, a signed joint and several liability statement must be enclosed. The template for a joint and several liability statement is published on: https://www.vegvesen.no/fag/veg-og-gate/konkurranser-og-kontraktsdokumenter/generelle-kontraktsdokumenter/. If a tenderer will use the capacity of other companies to fulfil the requirements of relevant experience, these entities shall carry out the services or the building and construction work that requires such qualifications.
Use of this criterion : Used
Criterion :
Type : Other
Name : Particularly on newly established tenderers
Description : A tenderer who is newly established and cannot present all the required documentation must be particularly careful to document and substantiate that they still have the prerequisites required to fulfil the contract. It is particularly important that such tenderers can document a sufficiently large workforce for the execution of the contract, including technical and professional qualifications. Newly established tenderers emphasise that it is the tenderer's ability as such to carry out the contract that is assessed, not individual persons ́ competence in isolation. If a newly established tenderer has experience from contracts, the most relevant contracts from which the tenderer has experience must be completed in accordance with the documentation requirements regarding relevant experience. This is even if the contracts are of such a nature that they do not fulfil the specified requirements. Missing or inadequate documentation in one or more of the requirements can result in the tenderer being rejected. Insufficient or incorrect completed response form can also lead to rejection. Tenderers who have established themselves within a new discipline can also be seen as newly established.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : ESPD
Description : The tenderer shall submit the European self-declaration form (ESPD) together with the tender. The provisions on rejection due to conditions at the tenderer are stated in the procurement regulations § 24-2. The European Self-Declaration Form (ESPD) applies as provisional documentation, among other things, so that there are no such reasons for rejection. Further documentation requirements for absence of rejection reasons are in the procurement regulations § 24-7, possibly also § 24-5 (1) if documentation of such measures is relevant. The documentation shall be submitted in accordance with the communication terms stated in chapter B1 and in accordance with the deadline set by the Contracting Authority, in the event that the Contracting Authority requires this. The certificates mentioned in § 24-7 (1) letter a) and b) must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or a tender. If the necessary certificates/documents for documenting the absence of rejection reasons are not issued in the tenderer's home country or the country where they are established, or if they do not cover all the rejection reasons mentioned in the procurement regulations § 24-2 (1) letter b, (2) and (3) letters a and b, the completed ESPD form applies as documentation for these conditions. The contracting authority will be able to conduct separate surveys related to the tenderer's activities, including participants in a supplier partnership and supported entities to the tenderer, as well as other conditions that are relevant to assess whether the tenderer can be qualified.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Tax Certificate
Description : Tenderers shall, upon request by the contracting authority, submit a tax certificate for VAT and tax certificates issued by a competent body in the tenderer's home country or the country where the tenderer is established. The certificate shall document whether the tenderer has fulfilled his obligations to pay taxes, duties and social security contributions. The certificate must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or a tender.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : Authority for information on tax and duties (OSA)
Description : As a part of the Norwegian Public Roads Administration's struggle against labour crime, including black work and social dumping, a cooperation agreement has been signed between the Norwegian Public Roads Administration and the Norwegian Tax Administration. In connection with this, the Norwegian Public Roads Administration requires a signed authority for all of its suppliers, which gives the Norwegian Public Roads Administration an expanded right to an unlimited number of times to obtain information about the tax and sub-contractor's tax and duty conditions, as stated in the authority. If the winning tenderer does not already have a valid signed authority registered with the Norwegian Public Roads Administration/contracting authority, the authority shall be signed by the winning tenderer after the award of contract letter has been received, but before the contract is signed. The authorisation form is to be sent to the winning tenderer together with the award letter. Signed authority together with a colour copy of a passport, driving licence or national ID card (the latter for citizens within the EU/EEA/EFTA), shall be returned to the contracting authority as soon as possible and within 3 days. The date of birth can be deleted on a copy of the ID documentation, so that only the date of birth is given. Please note that the signed authority requirement also applies for all of the main service provider's sub-suppliers. The main service provider shall fulfil the contractual obligation downwards in the supplier chain. Prior to signing the contract, however, only signed authority is required from the main supplier, unless the sub-contractor is used to fulfil a qualification requirement in the competition. If so, the signed authority must be presented from both the main supplier and the sub-supplier. Signed authority from other sub-suppliers must be submitted and approved by the contracting authority before they can be used in the contract/project. The contracting authority draws attention to the fact that it may be necessary to reject the tenderer and any sub-suppliers who in the award letter are chosen as the winner of the competition, if, after the award, but prior to signing the contract, information will be received from the Norwegian Tax Administration regarding non fulfilment of tax and duty obligations etc. The award cannot, therefore, be considered final until there is an assessment of the obtained information that does not change the contracting authority ́s award decision. Emphasis is put on the fact that if no authority is signed from the main supplier and any sub-suppliers used in the qualification, this could be seen as a significant reservation to the contract which will result in both the main supplier and any sub-suppliers being rejected from the competition. The template for authorisation for tax and duty information (OSA) has been published in: https://www.vegvesen.no/fag/veg-og-gate/konkurranser-og-kontraktsdokumenter/generelle-kontraktsdokumenter/ Requirement for the tenderer's organisational and legal position: Tenderers shall be a legally established company or consist of a community of suppliers who are legally established companies. The requirement also applies to entities that the tenderer will use. Documentation requirement: The tenderer shall, upon request from the contracting authority, present a certificate from the Register of Business Enterprises or an equivalent certificate of statutory registration in the country where the tenderer or the entities that will jointly constitute the tenderer are established, as well as certificates for all supporting entities.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Relevant experience
Description : Tenderers shall have sufficient experience of a relevant nature and degree of difficulty from: • Cleaning of tunnels and external technical equipment (objects) in and connected to the tunnels • Operation and maintenance of the water treatment installations such as sand traps, sedimentation basins, oil separators, pump systems, pipe systems, valves etc. • Inspections, repairs and improvements to damage to the portal, stability, water and frost protection in the tunnel. • Repairs and replacements of heights • Work notification and traffic deviation Documentation requirement: The tenderer shall, together with the tender, present the following documentation: An overview of 3-5 contracts that the tenderer has carried out or is carrying out during the last five years calculated from the tender deadline. The overview shall, cf. the form included in chapter E2, include, among other things, the following for each of the contracts: • Name of the recipient (contracting authority). • Contact person/reference person at the contracting authority with contact data (telephone number and email address) and a statement of the person in question ́s role at the contracting authority during the contract. • Date of the delivery. • The contract ́s value. • What work was carried out by the tenderer, including as the main contractor or sub-contractor, and what work was carried out by sub-contractors. • A description of what the contractual works were about, including relevance to the qualification requirement.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Implementation ability
Description : Tenderers shall: 1. Have the capacity and ability to handle the expected and unforeseen conditions in the contract. 2. Offer sufficient manpower to carry out the contract. 3. Have technical and professional competence and relevant experience with the key personnel offered for fulfilling the contract. Documentation requirement: The tenderer shall, together with the tender, present the following documentation: 1. An overview of the tenderer's average annual workforce and the number of employees in the management during the last three years. 2. An overview of the manpower that the tenderer offers to carry out the contract, including an organisation plan for the contract. 3. CVs and job descriptions for key personnel, cf. chapter C, including the following resources: • Contract management - Project Manager - Construction Manager (the same level as the builder ́s construction manager) - Quality management manager - HSE manager • Personnel with professional responsibility for the following activity areas: Tunnel washing - Emptying and cleaning sand traps, sedimentation basins, oil separators etc. - Berg work in tunnels - Inspection and improvement work on a portal, stability, water and frost protection in the tunnel. - Work notification - Other activity areas that the tenderer believes are necessary The same person can cover several functions and activity areas. The site manager can have professional responsibility for one or several activity areas. Tenderers shall substantiate that the offered key personnel will be engaged in work on this contract by accounting for the personnel ́ employment/function at the time of the tender, presenting a date for planned transfer to this contract and specifying what measures will be considered necessary and will be implemented to achieve this transfer at the right time (plan for completion/liquidation of the personnel ́s employment/function at the time of the tender). Smaller numbers of key personnel will not be able to be named or allocated to the contract at the time of the tender offer. For these functions a job description shall be enclosed with the accompanying description of competence requirements. Furthermore, an account shall be enclosed for these functions of how the tenderer plans to recruit personnel to these functions. The above requirements also apply for the personnel included in the functions, can be used from sub-contractors.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Lowest price
Description : The contracting authority will choose tenders on the basis of the lowest price.
Weight (percentage, exact) : 100
Criterion :
Type : Quality
Name :
Description : The procurement is for the operation and maintenance of tunnels. The most comprehensive work assignment in the contract is for the cleaning of the tunnels. The procurement also includes stand-by, sample taking, inspections, repairs of water and frost protection and other objects in the contract. According to the Public Procurement Regulations § 7-9 (4), the award criterion in accordance with PPR § 7-9 (2) and (3) can be replaced with climate and environmental requirements if it is clear that this provides a better climate and environmental effect. The climate and environmental impact of this procurement is mainly related to requirements for general requirements set for vehicles and machines. From the contracting authority ́s assessment, the minimum requirements set in the contract terms will give a better climate effect by ensuring that the winning tenderer fulfils the climate and environmental requirements set, which is something that is not sure by weighting equivalently with the award criteria. Transport of personnel: All light vehicles shall be 90% emission free. Light vehicles means passenger cars (M1/M1G), light goods van (N1/N1G). Emission free means vehicles that have progress based on all-electric or hydrogen. The above requirements do not apply to the use of vehicles for transport to, from and between work places that are not paid separately. The point is taken care of in chapter C2 Special contract terms, point 34 Vehicle Requirements. Heavy diesel driven vehicles and machines: The contract requires that all diesel driven vehicles and machines used in the contract shall as a minimum have EURO 6 and STEG 4 certification. See point 4.7 for C3. Absorption agents are required in C2 point 30.9. Requirement for the use of soap when carrying out washing: The requirement to use soap when washing the wall and roof of the tunnel course has been removed. Brushes are required to be used for washing the walls so that the effect of the tunnel washing is sufficient. A reduction in the use of soap will have a positive effect on the consumption of chemicals, as well as the fact that it can lead to some minor solution of contaminants in the water phase. It is necessary to use soap for cleaning technical equipment and other objects that are installed in the tunnel. Soap products (chemicals) shall be used in chapter C3 points 27.2.1 and chapters. D1 Process 37.2. Requirement for a control and sample taking programme: A control and sample taking programme shall be prepared for each tunnel in the chapter. D1 processes 49.5 and C3 point 25.2.2. The measurements shall be carried out so that they become representative of what is actual discharge. The control and measurement programme shall take into account that events can occur during operation. There shall be a system for immediate sample taking and analysing at excess emissions (risk based sample taking) after improvements. Waste management: Waste is required to be delivered to a waste disposal site approved by the pollution authorities in chapter C2 30.5. In chapter D1. Several places have been described that delivery fees for waste shall not be included in the price, but that the delivery fees for waste are invoiced to the builder without mark-up. As a result, the builder takes the risk for these expenses and the risk will be reduced so that the waste is not handled the way it should. Particulate matter There are several requirements for the equipment that is used for the cleaning of the roadway in chapter. D1 process 37.2, for example, that a broad suction shall be used, which shall take up fine particles/fine dust/particulate matter. The order of execution of washing in the tunnel is also required in order to reduce the environmental impact.
Weight (percentage, exact) : 0
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Ad hoc communication channel :
Name : Eu-supply

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Deadline for receipt of tenders : 26/05/2025 10:00 +00:00
Information about public opening :
Opening date : 26/05/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Oslo tingrett

8. Organisations

8.1 ORG-0001

Official name : Statens vegvesen
Registration number : 971032081
Department : Fellesfunksjoner
Postal address : Skoggata 19
Town : Moss
Postcode : 1500
Country : Norway
Contact point : Marianne Rogne
Telephone : +47 41564215
Internet address : https://www.vegvesen.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926 725 939
Postal address : C.J. Hambros plass 4
Town : Oslo
Postcode : 0125
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

11. Notice information

11.1 Notice information

Notice identifier/version : 4b207902-2a90-4030-a8eb-bc463a80e28e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/04/2025 08:26 +00:00
Notice dispatch date (eSender) : 08/04/2025 08:38 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00227862-2025
OJ S issue number : 70/2025
Publication date : 09/04/2025